Loading...
HomeMy WebLinkAboutDurham Communications, Inc. - 2002 Agreement for Radio system upgrade at PD " " ' AGREEMENT BETWEEN CITY OF GILROY AND DURHAM COMMUNICATIONS, INC. AGREEMENT BETWEEN CITY OF GILROY AND DURHAM COMMUNICATIONS, INC. TABLE OF CONTENTS 1. DEFINITION S...... .................................................................................. ........................... ......... ..... .................... 4 2. SC 0 PE 0 F A GRE EMENT ... .................. ................................... ......................................................... ............... 5 3. PRI CE .............. ................................ ............................................................ ...... ...................................... ............ 6 4. TERMS 0 F AGREE MENT ....................................................................................................... .......... .............. 6 5 . CHANGE S ......................... ............. .......................... ................................ ...................... ....... ....... .......... ............. 6 6 . IMPLEMENTATION PLAN ....................................................... ...... .................. ........................ ....... ............... 6 7. A C CE PT AN CE TE S TIN G ......................................................................... ..................... ................................... 7 8. MAINTEN AN C E .................................. ......... ............... ....................................... ........................................ .....1 0 9 . WARRANTY AND REMED IE S .....................................................................................................................1 0 1 O. FACILITY AND SITE ACCESS .................................................................................................................11 11. MILESTONE PAYMENT SCHEDULE .....................................................................................................12 12 . DISPUTE S ..................................................................................... .................... ....... .................................... .12 13 . FORCE MAJE URE ............................................ ................... ....... ...... .................. ............................... ....... ..12 14. TERMIN A TI 0 N BY CITY ..........................................................................................................................12 15. ASSI GNMENT ............ ............................................... .................................................................................. .13 16 . PATENTS.................... ................................ ............... .................................................... ................ ....... ......... 13 17. SO FTW ARE LICENSE ................................................................................................................................14 18. E SCR 0 WAC COUNT ....................... .................................................................................................. ......... 14 19. TITLE......................................... ................................................................ ............. .................. ......... ............14 20. INDEMNITY ............. ................... .............................................. ........................... ......... ......... ................. .....14 21. EQUIPMENT COMPATIBILITY ..............................................................................................................15 22. N OTI CES .... ........................................... ......................... ................................................... ........................... .15 23. GO VE RNIN G LAW ....................................... ................................. ................. ......... ......................... ..........16 24. IN SURAN CE RE Q UIREMENT S..... ................................... ............................... ........... ..................... ...... ...16 25. PRO DUCT INST ALLA TI 0 N ......................................................................................................................17 2 26. DELIVERY, TITLE, AND RISK OF LOSS ...............................................................................................17 27. INTERFACE WITH OTHER VENDORS/CONTRACTORS .................................................................17 28. APPROVAL OF MAJOR SUBCONTRACTORS/SUPPLIERS ..............................................................18 29. D ISAS TER RE C 0 VERY ..... ............................................................... .............................................. ..... ..... .18 30. CO NTRA C TOR PERSONNEL................................ ........................................................ ....... ................... .18 31. CITY RESOURCES REQUIRED ...............................................................................................................18 32. SURVIVAL. ....................................................................... ..................... ............ .......... ....... .......... ....... ....... ..19 33. CONFIDENTIALITY OF CITY INFORMATION ...................................................................................19 34. PROJECT STATUS MEETINGS ...............................................................................................................19 3 5. ADDITIONAL EQUIPMENT.................................... .......................................................................... ....... .19 36. RIGHT TO MAKE CO PIES ........................................................................................................................19 37. DOCUMENT A TI ON ........... .................................................... .......................... ................................ ........... 20 38. APPLICATION SO FTW ARE TRAININ G................................................................................................ 20 39. ADDITIONAL SUPPORT ......... ............... ............... ..................................................................... ............... 20 40. ORDER OF PRECEDENCE......................................................... ERROR! BOOKMARK NOT DEFINED. 41. PAYMENT APPROVAL PROCESS .......................................................................................................... 20 42. SECURITY CHECK.......... ...................................................... ........................................ .................... ......... 20 43. CO MPLIAN CE .......... .................................. .................................................... ....... ...................................... 20 44. ENTIRE A G RE EMENT ...................... ........................ ............................. .......... ........... ....... ....... ................. 21 EXHIBIT "A" - PAYMENT SCHEDULE .............................................................................................................. 22 EXHIBIT "B" - STATEMENT OF WORK ...........................................................................................................23 EXHIBIT "c" - LINE ITEM PRI CIN G .................................................................................................................25 EXHIBIT "D" - MAINTENANCE CONTRACT PRICING ................................................................................32 EXHIBIT "E" - PRI CIN G SUMMARY ................................................................................................................. 33 EXHIBIT "F" - CIRCUIT MERIT TEST .............................................................................................................. 34 EXHIBIT "G" - SPECIFIC POINTS OF INTEREST ..........................................................................................37 EXHIBIT "H" - ON SCENE CHANNEL(S) .......................................................................................................... 38 3 AGREEMENT THIS AGREEMENT is made and entered into as of April 15, 2002 by and between Durham Communications, Inc. an Arizona corporation with a principle place of business at 4611 East Virginia Street, Mesa, AZ 85215, hereinafter referred to as "CONTRACTOR," and the City of Gilroy, a Municipal Corporation organized under the State of California, hereinafter referred to as "CITY." In consideration of the promises and of the mutual covenants and agreements hereinafter contained, and for good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the CITY agrees to purchase, and the CONTRACTOR agrees to license and/or sell and furnish, the following described goods and services (hereinafter collectively referred to as the "SYSTEM"). This Agreement may refer to the CONTRACTOR and the CITY together, as the "parties", or may refer to the CONTRACTOR or the CITY as a "party" to the Agreement. NOW, THEREFORE, the parties hereto agree as follows: 1. DEFINITIONS As used herein, the terms set forth below shall have meanings set forth below. A. "FINAL ACCEPTANCE" shall be defined as the date in which 1) all HARDW ARE, SOFTWARE and SYSTEM components purchased under the terms of this agreement have been successfully installed, tested and accepted by the CITY; 2) all software modifications have been successfully completed, tested and accepted by the CITY; 3) all user documentation provided to the CITY is verified to be complete and current with the systems installed; 4) all user and system management training has been completed to the satisfaction of the CITY; 5) all tasks, sub-tasks, or components thereof that relate to this Agreement have been completed by the CONTRACTOR; and, 6) that date upon which the CITY executes a Final Acceptance document which states that all terms and conditions of the Agreement have been successfully completed by the CONTRACTOR to the satisfaction of the CITY. For purposes of this paragraph, the terms "tested and accepted" shall mean tested and accepted in accordance with the criteria as described in this Agreement. B. "ACCEPTANCE DATE" shall mean the date the System is accepted or deemed accepted as set forth in Section 9 hereof. C. "ACCEPTANCE TESTS" shall mean the testing procedures mutually agreed upon in writing by CITY and CONTRACTOR to be performed to determine whether the System has met the acceptance criteria. D. "EFFECTIVE DATE OF THIS CONTRACT" shall be the date designated by the parties or, if no date is designated, shall be the date on which the Contract is signed by the last of the parties to sign the Agreement. E. "HARDW ARE" shall mean the equipment, parts and materials to be provided by. 4 the CONTRACTOR for the SYSTEM as listed in EXHIBIT "C". F. "IMPLEMENTATION PLAN" shall mean the plan set forth by CONTRACTOR identifying the implementation and the System Implementation Schedule. The Implementation Plan shall include detailed tasks to be completed in the implementation, implementation approach and milestone completion dates. G. "MANUFACTURER" shall mean the original equipment manufacturer of hardware and software. H. "PERFORMANCE PERIOD" shall be the 30-day period in which the reliability of the system is demonstrated. I. "SERVICES" shall mean the services to be provided by CONTRACTOR to CITY as set forth in this Agreement. J . "SOFTWARE" shall mean the proprietary computer. software of CONTRACTOR as owned exclusively by CONTRACTOR or CONTRACTOR'S suppliers, as appropriate, and as further defined in and licensed to CITY pursuant to the terms of the Software License Agreement. K. "SOFTWARE LICENSE AGREEMENT" shall mean the Tait/I.O. Wave System Software License Agreement as set forth in proposal. L. "SUBCONTRACTORS" shall mean any provider used by CONTRACTOR for software and/or hardware used to make the radio communications system functional or providers of installation or warranty services. M. "SYSTEM" shall mean the collective whole of all products and services provided under the terms of this Agreement. N. "TOTAL CONTRACT PRICE" shall mean the price of the HARDWARE, theSOFTW ARE, the SOFTWARE LICENSE and the SERVICES to be furnished by CONTRACTOR to CITY pursuant to the terms set forth in this Agreement. 2. SCOPE OF AGREEMENT This Agreement specifies the contractual terms and conditions by which CITY will procure from the CONTRACTOR, SYSTEMS and SERVICES to facilitate the Radio system upgrades including but not limited to: (1) designing the upgrade for the radio system, Tait Quasi Sync System, Microwave Links, and such other interfaces and components as set forth herein, (2) procuring equipment, and associated HARDWARE, (3) providing engineering and technical resources, (4) providing training and consulting services in implementing and integrating said systems, (5) the de-installation and removal of existing radio and combining equipment and (6) maintaining CITY's ability to communicate with law enforcement units during implementation of the system. Such services shall be provided in conformance to EXHIBIT "B" ofthis Agreement. In addition, CONTRACTOR shall identify all equipment which may be reused to implement an "On Scene" channel(s). The "On Scene" channel(s) will be used to provide communications between officers who have responded to an event and are in close proximity to one another. CONTRACTOR shall also suggest new equipment which may be required for completion of an "On Scene" channel(s). A full discussion of 5 the "On Scene" channel(s) is contained in Exhibit H. 3. PRICE a. The maximum Total Contract Price to be paid by CITY to CONTRACTOR is Two Hundred Fifty-two Thousand Eight Hundred Fifty-seven and 00/100 Dollars ($252,857.00). The individual prices for the units of hardware, the software license and the services to be performed are as set forth in Exhibit E, Pricing Summary attached hereto and incorporated herein by reference. b. In addition to any price specified herein, CITY shall pay the gross amount of any present or future sales, use, excise, value-added, or other similar tax applicable to the prices, sale, delivery, installation or licensing of any hardware, software or services furnished hereunder or to their use by CONTRACTOR or CITY. As provided for in Paragraph 13, CONTRACTOR is responsible for collecting, reporting and remitting sales taxes as required. c. At the time of formulation of the Final Implementation Plan, CITY reserves the right to delete any non-essential system components, identified as options in Exhibit C, Unit Pricing. The Total Contract Price will be adjusted by mutual agreement of the parties. 4. TERMS OF AGREEMENT The Terms of this Agreement shall begin upon the execution hereof by CITY and the CONTRACTOR, and shall continue through the implementation of CITY's Systems and Warranty periods as defined by this Agreement which includes providing all contractual services, unless terminated under the provisions of Paragraph 16 below. 5. CHANGES Changes in the scope of the work, services and/or equipment to be performed or provided by CONTRACTOR hereunder may be requested. All such changes shall be mutually agreed upon between the CITY's and the CONTRACTOR's project managers. Written confirmation of the mutual agreement may be requested by the requests for cost estimates in a timely manner. CONTRACTOR will update subsequent project status reports to indicate all incorporated changes in work to be performed. For all change orders, the appropriate percentage hold back of the total amount of the change order will be required, and paid consistent with the terms specified in Exhibit A, Payment Schedule. 6. IMPLEMENTATION PLAN CONTRACTOR shall deliver for CITY's approval a Draft Implementation Plan not later than ten (10) business days after contract signing indicating the tasks to be completed as presented in Exhibit B, Scope of Work. The Implementation Plan shall include, but not be limited to the implementation approach (e.g., cut-over approach/parallel operation) and the System Implementation Schedule identifying detailed tasks and time frames and milestones for satisfactory and timely completion of the System. Tasks which require 6 coordination with other vendors, providers or City resources should be identified in the Implementation Plan. Upon receipt of the Draft Implementation Plan, the CITY shall have a period often (10) business days to review and approve the Implementation Plan or to notify CONTRACTOR of deficiencies contained therein. If deficiencies are noted, CONTRACTOR shall have a period often (10) business days to correct said deficiencies and make any other adjustments to the Implementation Plan as may be required by the City. 7. ACCEPTANCE TESTING CONTRACTOR shall deliver for CITY's approval a Draft Acceptance Test Plan (ATP) no later than thirty (30) business days after contract signing. A Final Acceptance Test Plan (FATP) must then be mutually agreed upon in writing. The Final Acceptance Test Plan must include proof of all System functionality and availability conditions and requirements contained in this Agreement. The FA TP shall verify the following: a. Overall System Functionality The adequacy of the integrated hardware/software system to meet the requirements detailed in the CONTRACTOR's Draft Implementation Plan and related documentation shall be demonstrated, and CONTRACTOR will provide its best efforts to correct identified problems. System Acceptance and initiation of the Warranty period will not occur until all significant system and software problems have been resolved. CITY will provide CONTRACTOR with timely problem reports describing detected errors and CITY's priorities for CONTRACTOR correction. b. System Coverage A system coverage test shall be developed as part of the Acceptance Test Plan (ATP). The coverage test shall divide the city into equal grids 1/4 mile on a side. A test call shall be placed to/from a convenient point within each grid as close to the center of the grid as possible. The call shall be from a hand held radio and from a mobile radio at curbside to/from dispatch. Each call shall be rated using a Circuit Merit Test (CMT) standard of 1 to 5. The CMT rating system is further explained in exhibit G. The calls shall be rated in both the field unit to dispatch and the dispatch to field unit directions. Dispatch shall be used as the destination for all test calls rather then another field unit so that no ambiguity exists as to which end of the call may be experiencing coverage problems. Coverage criteria shall be considered to be met if95% of the calls to/from a mobile and 90% of the calls to/from a hand held receive a CMT rating of 3 or better. The grids shall be designed to include testing from 15 specific points of interest to the CITY. The points are specified in Exhibit G. If the system meets the 95% coverage requirements, but does not adequately cover a location deemed critical by CITY, CONTRACTOR and CITY will develop a plan to provide the required coverage. 7 It is understood that some grids may be inaccessible to a mobile or hand held unit and these areas shall be excluded from the test. c. Unit to Unit Coverage A Unit-to-Unit coverage test shall be developed as part ofthe Acceptance Test Plan (ATP). The goal of the Unit-to-Unit tests shall be to identify areas where a mobile or portable may have difficulty communicating to other field units. The coverage test shall divide the city into equal grids 1/4 mile on a side. Grids, which did not score above a CM3 in the System Coverage testing above, shall be excluded from this test. A test call shall be placed to/from a convenient point within each grid as close to the center of the grid as possible. The test calls shall be placed to other test units (mobiles and portables) in different test grids. The calls shall be from a hand held radio and from a mobile radio at curbside, to and from another hand held radios and mobile radios at curbside. All units must be separated from each other by no less than 1,4 mile. Each call shall be rated using a Circuit Merit Test (CMT) standard of 1 to 5. The CMT rating system is further explained in exhibit G. If a call is rated below a CM3, care must be taken to determine if the call transmit location or the call reception location is in an area of poor coverage. This may be accomplished by determining if the call was heard clearly by dispatch or not. If dispatch hears the call clearly, the transmitting unit is at a location of good coverage and the listening unit is probably at a location of poor coverage. If dispatch cannot hear the transmission clearly, then the transmitting unit is in an area of poor coverage and not the listening unit. Since it is possible for the caller and the listener to be at locations experiencing a CM3 level of coverage, it should be noted that the total noise and distortion would be a combination of the noise contributed by both locations. Finally, the issue of close proximity interference must be addressed. If the test call does not rate a CM3 or higher, it may be that this test location would be better served by utilization of the On Scene channel. Scoring. A site judged to be below a CM3 level shall be deemed to have failed. That site will then no longer be used to score additional sites in the unit-to-unit coverage test. A site may pass the mobile-to-mobile test and fail the mobile to portable or portable-to-portable test. If that occurs, the site shall be judged acceptable for the test passed and unacceptable for the test failed. A mobile-to-mobile test call sequence shall be made and must receive a CM3 or higher score in 95% of the test grids. A mobile to portable and portable-to-portable call sequence shall be made and 8 must receive a CM3 or higher score in 90% of the test grids. (Note: The portable will be the limiting unit in these calls and cannot be expected to provide coverage better than the System Coverage of section b above.) d. System Availability System Availability is a test of the reliability and suitability of the equipment provided. It is not a coverage test, which is addressed above in section b. Within five (5) days after the date of CONTRACTOR certification for reliability testing, a forty five (45) calendar day Performance Period shall commence. During the Performance Period, all equipment furnished under this Agreement shall remain operational at a level of effectiveness of ninety-nine percent (99%) for a period of forty five (45) consecutive days. Availability shall be calculated as Total System Unavailable Minutes divided by Total System Test Period Minutes. System Unavailable Criteria. The system shall be considered to be unavailable for the duration of any period of time during which either field units or dispatch cannot communicate in a normal manner from areas which have received a CMT grade of 3 or higher. If, during the forty five (45) day Performance Period, the system is deemed to be unavailable in excess of 1 %, the System will be deemed to have failed to demonstrate adequate performance characteristics. CONTRACTOR shall then take the necessary steps to correct deficiencies prior to CITY accepting the System. If CONTRACTOR cures the deficiency within five (5) working days of notice of said deficiency, the forty five (45) day Performance Period shall continue uninterrupted. If deficiency is not corrected in this period, then the forty five (45) day Performance Period is stopped until deficiency is corrected and a new forty five (45) day Performance Period is initiated. e. Final Acceptance Upon successful completion of all requirements of this Agreement, including all A TP tasks, CONTRACTOR will notify CITY that the system has met its performance requirements and request acceptance by CITY. CITY will respond within ten (10) business days ifthere are any remaining deficiencies or items to be remedied or corrected prior to initiation of the Warranty period or will indicate acceptance without reservation. Upon receipt of the City's written Final System Acceptance, the system will enter its twelve month Warranty period. Acceptance or rejection of the System must be in writing. The CITY reserves the right to use equipment and material furnished under this Agreement prior to final acceptance. Such use shall not constitute Acceptance ofthe work or any part thereof by CITY. 9 8. MAINTENANCE The maintenance agreement shall begin upon completion of the one-year warranty period. This Agreement includes detailed maintenance pricing for all maintenance being provided by CONTRACTOR. The maintenance agreement is a separate document from this agreement. a. Warranty Period During the one year Warranty Period, CONTRACTOR shall maintain and repair the System at no extra charge to CITY. b. Equipment and System Software Maintenance service for all equipment and system software, after the expiration of the Warranty periods as defined in Paragraph 9 - Warranty and Remedies, shall be available to CITY from CONTRACTOR per the maintenance agreement with CONTRACTOR the second through fifth year at the guaranteed prices shown in Exhibit D, Maintenance Pricing Summary. c. Renewal The Agreement for CONTRACTOR provided maintenance services shall be renewable by the CITY on an annual basis. 9. WARRANTY AND REMEDIES a. Warranties For a period commencing on the date of Final Acceptance, and one year thereafter, CONTRACTOR warrants that: (i) the SOFTWARE provided by it under this Agreement shall perform free of software defects and in accordance with the terms of this Agreement; and (ii) the SERVICES performed by CONTRACTOR under this Agreement shall be performed in accordance with the professional skill and care which would be executed by those who are knowledgeable, trained and experienced in rendering these types of services at the time such services are performed. CONTRACTOR warrants all hardware and software for a period of one year from the date of System Acceptance. Complete preventive maintenance for CONTRACTOR-provided equipment is included in this Warranty. The equipment supplied under this Agreement will be new, not refurbished, HARDWARE. The HARDWARE will incorporate all the then-current manufacturer required engineering changes that have been publicly released, and the HARDWARE shall be in proper working order and qualified for maintenance services by the manufacturer. The SOFTWARE and HARDWARE used for the 10 SYSTEM shall be the most current, applicable release as of the Contract date. During the Warranty Period and for as long as there is a Maintenance Agreement between the parties, CONTRACTOR warrants that it will remedy any failure, malfunction, defect or nonconformity in the System, as follows: Critical Failures. CONTRACTOR agrees that it will provide a response time by as many qualified and knowledgeable representatives as necessary within fifteen minutes during business hours and 1 hour during non-business hours after notification by the City, to remedy a Critical Failure. The representatives will furnish uninterrupted, continuous efforts to remedy the Critical Failure on an emergency or highest priority basis. For purposes ofthis Warranty, a "Critical Failure" will have occurred if the City has essentially no effective use of a material subsystem or component of the System. Non-Critical Failures. CONTRACTOR agrees to respond to any request for service due to a malfunction, defect or nonconformity other than a Critical Failure (a "Non-Critical Failure") as soon as reasonably possible, but no later than four (4) hours after receipt of notification and request by the City during business hours. CONTRACTOR agrees that it will provide a response by qualified and knowledgeable representative(s) and that the representative(s) will furnish uninterrupted, continuous efforts to remedy the Non-Critical Failure. b. Warranty Remedies (1) Hardware - If, during the Warranty period specified in Section a. above, CITY (i) discovers that the equipment provided by CONTRACTOR under this Agreement is not in accordance with the express warranty set forth in Section a. and (ii) notifies CONTRACTOR of such, then CONTRACTOR shall, without charge to CITY, repair or replace such equipment to the extent necessary to correct such defects in a timely manner. (2) Software - If, during the warranty period specified in Section a. above, CITY (i) discovers defects in the software provided by CONTRACTOR under this Agreement, such that the software will not perform in accordance with the express warranty set forth in Section a., and (ii) notifies CONTRACTOR of such defects, then CONTRACTOR shall, without charge to CITY, correct such defects in a timely manner. (3) B 52 noise - If the upgrades to the system do not eliminate or significantly reduce the "B 52 noise" CONTRACTOR will use their best efforts to continue to search for the source of this problem at CONTRACTOR's expense to determine the cause and corrective action required of said noise. 1 O. FACILITY AND SITE ACCESS Any sites where CONTRACTOR will operate and perform System installation under the terms of this Contract must be approved by CITY, whose approval shall not be umeasonably withheld, delayed or conditioned. CONTRACTOR shall be responsible, at CITY's expense, for obtaining all permits and licenses necessary to perform work on the 11 sites. CITY shall be responsible for paying all utility charges to the appropriate utility for providing utility services to the System installation areas. 11. MILESTONE PAYMENT SCHEDULE CITY shall pay CONTRACTOR for equipment and services performed by CONTRACTOR in progress payments in the amount set forth on the attached Payment Schedule (Exhibit A). Although the CITY is responsible for paying certain taxes as provided for in Paragraph 3 (b), CONTRACTOR is responsible for collecting, reporting and remitting sales taxes as required. This project is designed to be implemented in phases determined primarily by the manufacturing cycle times of equipment. Payment shall be requested for all non-disputed invoices for each major phase pursuant to the terms outlined in Exhibit A, Payment Schedule. The phases are outlined in Exhibit B, Scope of Work. 12. DISPUTES Parties agree to resolve disputes informally through direct channels, whenever possible. If this not possible, parties may agree to binding arbitration. 13. FORCE MAJEURE In the event that, due to war, civil insurrection, riots, acts of the common enemy or other such similar acts of Force Majeure (but excluding any failure of CONTRACTOR to perform due to parts, supply, software, or hardware problems or delays caused or suffered to be caused by CONTRACTOR or its vendors, subcontractors, materialmen or suppliers) CONTRACTOR fails to meet its obligations under this Agreement relating to timing of SYSTEM deliveries or timing of producing a fully operational operating SYSTEM for the CITY, then such failure shall not constitute a default in performance, and CITY shall grant to CONTRACTOR a one day extensions for each day of delay caused by such act of Force Majeure. Such an extension shall be CONTRACTOR'S sole remedy for such delay, and in no event shall CITY be liable in damages for such delay. 14. TERMINATION BY CITY a. Termination for Cause. If CONTRACTOR should be adjudged bankrupt or should make a general assignment for the benefit of its creditors, or if a receiver should be appointed on a account of it's insolvency, CITY may terminate this Agreement for cause and shall have the right to acquire any and all software held in escrow. If CONTRACTOR should persistently or repeatedly fail or refuse to perform, or should fail, except in cases for which extension of time is provided, to provide enough properly skilled workers or proper materials, or persistently disregard laws and ordinances, or not proceed with work or otherwise substantially fail to perform under this Agreement, then CITY may terminate this Agreement for cause. Prior to termination of this Agreement, CITY shall give CONTRACTOR thirty (30) calendar days written notice. Upon receipt of such termination notice, CONTRACTOR shall be allowed thirty (30) calendar days to 12 cure such deficiencies. If CITY gives such notice and the default is not cured within such thirty (30) days, then this Agreement may be terminated at the end of such period upon CITY's written notice to the CONTRACTOR of the termination of the Agreement. The effective date of termination will be the date of receipt of the second written notice provided pursuant to this section. The right of termination for cause may be exercised by CITY without prejudice or limitation with respect to any other remedy or damages to which CITY may be entitled at law or under this Agreement. b. Termination without Cause. The work may be terminated, in whole or in part, by CITY at its sole discretion upon written notice to CONTRACTOR, whenever, for any reason, CITY shall determine that such termination is in its best interest. Such notice, to be effective, must be in writing and tendered to CONTRACTOR at least ten (10) business days prior to the therein specified effective date of termination,. Upon receipt of such written notice of termination, CONTRACTOR shall, as CONTRACTOR's sole and exclusive remedy for compensation or damages, within thirty (30) days after the date of termination, file an invoice for all work performed, materials deliverd, and all charges incurred by termination. CITY shall pay all approved charges on such invoice within thirty (30) days of receipt. Any disputes regarding the work completion percentage and/or the compensation due shall be settle in accordance with Paragraph 12, Disputes. In the case of termination by CITY as defined in a. or b. above, CITY retains and/or has a right to receive title and/or license to the hardware and system software (including third party software) paid for by CITY. 15. ASSIGNMENT Neither this Agreement, nor any portion thereof, may be assigned by CONTRACTOR without the prior written consent of CITY first having been obtained, which consent City may withhold in its sole and absolute discretion. Any attempt by CONTRACTOR to assign any performance of this Agreement without the written consent CITY shall be null and void and shall constitute a breach of this Agreement. 16. PATENTS CONTRACTOR shall indemnify, defend, and hold free and harmless CITY, its officers and employees from all liabilities, claims, damages, costs, or expenses, including, but not limited to attorney's fees imposed upon them or any of them, for any alleged infringement of patent rights, copyrights, trademarks or similar rights of any person or persons in consequence of the use by CITY, its officers, employees, agents, and other duly authorized representative of articles or processes supplied to CITY by CONTRACTOR under this Agreement. If a final injunction is obtained in such action against CITY's use of the products or if in CONTRACTOR's opinion the products are likely to become the subject of a claim of 13 infringement, CONTRACTOR will, as its option and entirely at its expense, either: (a) procure for CITY the right to use the products; (b) replace or modify the same (provided that such modification does not adversely affect CITY's intended use of the products); or (c) if none of the foregoing alternatives is reasonably available to CONTRACTOR, refund in full all monies paid by CITY in respect to such products and accept return of same and to pay CITY reasonable disruption and replacement costs associated with the removal and replacement of the System. 17. SOFTWARE LICENSE CONTRACTOR and SUBCONTRACTORS grant to CITY a non-assignable, non- transferable and non-exclusive irrevocable and perpetual license to use the CONTRACTOR's and SUBCONTRACTORS' proprietary computer programs and documentation provided under this Agreement. CITY understands and acknowledges that the CONTRACTOR's and SUBCONTRACTORS' SOFTWARE is and shall remain proprietary in nature and constitutes confidential trade secrets. Further, CITY agrees to comply with such other terms and conditions applicable to any third party software furnished by CONTRACTOR or SUBCONTRACTOR and provided to CITY under this Agreement, which are imposed by such third party, except where they conflict with the provisions of this Agreement. All license fees are included in pricing in Exhibit E, Pricing Summary. 18. ESCROW ACCOUNT CONTRACTOR shall assist CITY in establishing an escrow account with the manufacturers of equipment, which utilize software for the operation of the equipment. The escrow account(s) shall be for all CONTRACTOR provided software licensed under this Agreement. The escrow account shall include provisions that allow the CITY full and unrestricted access to all source code and documentation in the event a) MANUFACTURER files for bankruptcy or otherwise ceases to do business in the State of California; and/or b) MANUFACTURER refuses to provide ongoing product support. CITY recognizes that CONTRACTOR does not have the power to force MANUFACTURER to establish said escrow account(s) and that CONTRACTOR is not the author of provided software and cannot establish said escrow accounts independently. 19. TITLE CITY will acquire good and clear title to each item ofHARDW ARE upon final payment of all HARDWARE purchased and identified in Exhibit A, Payment Schedule. CONTRACTOR agrees that operating system software licensed to CITY shall be free and clear of all liens and encumbrances. Except as provided herein, CITY will acquire a good and clear non-exclusive, non-transferrable, non-assignable, perpetual license to use the Software in accordance with the provisions of this Agreement, free and clear of any liens, encumbrances, charges, duties, and assessments. 20. INDEMNITY 14 CONTRACTOR agrees to protect, defend, indemnify, and save the CITY, its agents, officials, employees and representatives, harmless from and against any and all claims, demands, actions, and causes of action which may arise in favor of any person or persons, on account of illness, disease, loss of property, services, wages, death or personal injuries resulting from CONTRACTOR'S negligence in the performance of the duties identified herein, or from damages which the CITY incurs by reason of a breach of any of the warranties of the CONTRACTOR hereunder, or in connection with any claim by a third party alleging facts that would constitute a breach of any such warranties. CONTRACTOR's obligation as stated in the preceding sentence for claims allegedly resulting from CONTRACTOR's negligence leading to improper functioning of the equipment or services provided herein shall not extend beyond the period of CONTRACTOR's warranties covering said equipment or services as provided herein or in any applicable maintenance agreement. Furthermore, CONTRACTOR hereby agrees to indemnify the CITY for all reasonable expenses and attorney's fees incurred by or imposed upon the CITY in connection therewith for any loss, damage, injury or other casualty for which CONTRACTOR is obligated to defend or indemnify CITY as provided herein. 21. EQUIPMENT COMPATIBILITY CONTRACTOR agrees that the equipment, as proposed and provided by CONTRACTOR, will perform in accordance with the specifications and representations stated in this Agreement. This Agreement extends to the performance of the equipment as a part of the total system, but not specifically to equipment in combination with products, elements, or components not supplied by CONTRACTOR, except to the extent that CONTRACTOR is responsible for interfaces to other equipment or systems as described in this Agreement. 22. NOTICES Any notices required to be given by the terms of this Agreement shall be deemed to have been received when the same is sent by facsimile with acknowledgment, or deposited in U.S. mail, or certified mail, return-receipt requested, postage prepaid, addressed to the respective parties as follows: "CONTRACTOR" Durham Communications, Inc. 4611 East Virginia Street Mesa, AZ 85215 Phone: (800) 981-8875 Fax: (602) 981-7146 "CITY" and "CONSULTANT" CITY: CONSULTANT: 15 City of Gilroy, California Gilroy Police Department 7370 Roseanna Street Gilroy, California 95020 Innovative Technologies, Ltd. 14205 Arnold Drive Glen Ellen, California 95442 23. GOVERNINGLAW This Agreement shall be deemed executed and to be performed in Santa Clara County, California and governed according to the laws of the State of California. 24. INSURANCE REQUIREMENTS a. Workers' Compensation CONTRACTOR and subcontractors shall, at their own cost and expense, carry and maintain statutory Workers' Compensation Insurance as required by law and Employer's Liability with limits no less than One Million Dollars (1,000,000) with an insurance carrier licensed to do business in the State of California for any and all persons employed by CONTRACTOR or SUBCONTRACTORS directly or indirectly in or upon said Agreement. Such policy shall contain the insurers waiver of subrogation in favor of CITY, its officers, agents and employees. b. General and Automobile Liability For the duration of this Agreement, CONTRACTOR and SUBCONTRACTORS shall, at their own cost and expense, carry and maintain automobile liability insurance for the period covered by this Agreement in an amount no less than Five Hundred Thousand Dollars ($500,000) per occurrence combined single limit coverage, and general liability insurance in an amount no less than One Million Dollars ($1,000,000) per occurrence combined single limit coverage. If such policies contain general aggregate limits, such limits shall be twice the required occurrence limit. Such coverage shall include, but not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities completed under this Agreement, including the use of owned, non-owned and hired automobiles. Such insurance shall be with insurers licensed to do business in the State of California and shall provide written notice that must be given to CITY at least thirty (30) days prior to cancellation or material change. (1) Policy shall cover on an occurrence basis, and not on the basis of an "accident" or "claims made." (2) Policy must cover personal injuries as well as bodily injuries. Exclusion of contractual liability must be eliminated from personal injury endorsement. (3) Policy must cover complete contractual liability. This may be provided by amending the definition of "incidental contract" to include any written agreement. 16 (4) CITY and its officers, agents, and employees shall be named as additionally insured, and the policy shall stipulate that this insurance will operate as Primary Insurance and that no other insurance maintained by CITY its officers, agents or employees will be called upon to contribute to a loss suffered by CONTRACTOR hereunder. (5) The policy must contain a Cross Liability or Severability ofInterests clause. (6) Broad form property damage liability must be afforded. c. Professional Liability CONTRACTOR and SUBCONTRACTORS shall, at their own cost and expense, carry and incur professional liability insurance at One Million Dollars ($1,000,000) per occurrence and must name the City of Gilroy, California as additional insured in accordance with number 24,B.(4) above. Upon execution of this Contract, CONTRACTOR shall provide CITY with Certificates of Insurance and endorsements evidencing the insurance coverage. d. Acceptance of Insurers Insurance is to be placed with a current AM Best's rating of no less than A:VII. 25. PRODUCT INSTALLATION Installation of the HARDWARE provided under this Agreement will be the CONTRACTOR's responsibility and will be performed with minimum disruption to all activities with CITY or CITY's day-to-day business operations. CONTRACTOR will coordinate all installation activities with CITY and utilize professionally recognized installation practices. CONTRACTOR will furnish any necessary materials and components to effect a finished, workmanlike installation according to standard industry practice. CONTRACTOR will configure the SYSTEM, perform SYSTEM configuration, and, at an appropriate time, train CITY in SYSTEM management procedures. 26. DELIVERY, TITLE, AND RISK OF LOSS The HARDWARE and SYSTEM software shall be shipped by CONTRACTOR (F.O.B. Gilroy, California) in accordance with a mutually agreed upon delivery schedule which for HARDWARE shall not be more than thirty (30) days prior to installation. CONTRACTOR will provide reasonable notice to CITY of the scheduled shipment date for each item ofHARDW ARE. CONTRACTOR shall prepay freight expenses, as identified in the Agreement. 27. INTERFACE WITH OTHER VENDORS/CONTRACTORS CONTRACTOR agrees to cooperate with other vendors performing services for CITY 17 agreement, CONTRACTOR specifically agrees to provide interface specifications reasonably necessary for interface with, or data exchange and conversion from, other vendor' equipment and software systems and the CITY's General Contractor. This shall not be construed, however, as implying that CONTRACTOR will provide unlimited documentation to other vendors or that special programming services will be provided. 28. APPROVAL OF MAJOR SUBCONTRACTORS/SUPPLIERS CITY reserves the right of prior approval of any major subcontractor or supplier selected by CONTRACTOR, which will not be unreasonably withheld. Major subcontractors shall be defined as those whose products or services exceed $10,000 in value. 29. DISASTER RECOVERY If a Maintenance Agreement is not in effect, and in the even of a disaster or accident that impairs operation of the systems purchased under this Agreement, CONTRACTOR shall use its best efforts to help CITY restore operations as soon as possible. Such services will be provided at CONTRACTOR's prevailing rates. 30. CONTRACTOR PERSONNEL CONTRACTOR shall assign only competent personnel to perform services pursuant to this Agreement. CONTRACTOR shall identify a dedicated, but not necessarily full-time, Project Manager, subject to CITY approval. CITY shall have the right to approve any CONTRACTOR's requested change of Project Manager. CONTRACTOR shall not change Project Manager without CITY'S approval, which shall not be unreasonably withheld. CITY's Project Manager retains the right to request the removal of CONTRACTOR's personnel from the project by giving written notice to CONTRACTOR. If, in the opinion of CITY's Project Manager, a CONTRACTOR staff person has not achieved the appropriate professional working relationship with CITY's project staff, CONTRACTOR will have seven (7) days from the receipt of written notice to resolve the problem to CITY's Project Manager's satisfaction, or replace the staff person in question. 31. CITY RESOURCES REQUIRED This Agreement is based on CITY providing the following services and facilities in support of system implementation: a. Project Management - Designate a Project Manager who will be the single point of contact for CONTRACTOR and who will be responsible for coordinating the efforts of CITY, CITY's consultant, other contractors and any other necessary agencies such as government agencies, the telephone company, and the radio vendor. b. Access to Facilities - Arrange for personnel of CONTRACTOR and/or its Subcontractors to have access to applicable CITY or leased remote site facilities 18 as required. Such arrangements shall be coordinated with CITY project manager. c. Utility Installation - Coordinate the installation of electrical power and telephone lines at City sites required for equipment CITY to pay any one-time and recurring utility fees. 32. SURVIVAL All licenses, warranties and indemnities (including, without limitation all provisions of Sections 8,9, 16, 17, 18, 19,20,21,32,33,39, and 43 hereof) shall survive the termination of this Agreement. 33. CONFIDENTIALITY OF CITY INFORMATION All confidential information and data relating to CITY and CONTRACTOR operations shall be and remain confidential and shall not disclosed to any other third party unless required by law. Upon termination, both parties shall return any confidential material obtained. CONTRACTOR shall provide written notice to CITY of confidential material. 34. PROJECT STATUS MEETINGS CONTRACTOR agrees to conduct monthly status meetings to be held at CITY's premises from the date of this Agreement to Final Acceptance of the System. The schedule of these meetings shall be mutually agreed upon but no less frequent than once per month. CONTRACTOR agrees to submit written status reports every month which address such items as progress of work being performed, milestones attained, problems encountered, corrective actions taken and project financial status. Each progress report will include status and milestone progress of all subcontracted work. All reports prepared by CONTRACTOR including but not limited to monthly project status reports, schedules shall also be submitted to CITY'S Consultant within twenty-four (24) hours of submission of said report to CITY. 35. ADDITIONAL EQUIPMENT Subject to Paragraph 6, Changes, CITY may purchase additional equipment and software or may upgrade its current equipment under the terms and conditions of this Agreement only by the issuance of a written purchase order or similar document signed by CITY. Acceptance by CONTRACTOR of a purchase order or similar document shall not act as an amendment to this Agreement unless such written purchase order specifically references this Agreement and the intent to modify the terms herein. 36. RIGHT TO MAKE COPIES CITY has the right to make as many copies of the CONTRACTOR's written documentation as necessary for its own internal use. CITY agrees that authorized copies will contain any copyright or trade secret notice found in the original document. CITY also retains the right to make copies of the CONTRACTOR's software programs and 19 documentation in accordance with Paragraph 20, Software License. 37. DOCUMENTATION CONTRACTOR will provide complete and detailed installation, configuration, schematic and operating documentation. 38. APPLICATION SOFTWARE TRAINING CONTRACTOR agrees to provide Training Services for the Application Software in accordance with this Agreement. 39. ADDITIONAL SUPPORT Any additional support to be provided on a time and material basis and not described in this Agreement will be billed at the CONTRACTOR rates which shall not exceed the rates show below. . Installation Services $95/hour . Technical Support $95/hour . Programming $95/hour . Engineering Services $129/hour The above rates are quoted for the life of this agreement. They are also the base rate to be tied to the Federal Consumer Price Index (CPI) if CITY desires to hire CONTRACTOR for non-contract services after the term of this contract expires. 40. PAYMENT APPROVAL PROCESS Payments for all non-disputed invoices shall be made pursuant to terms outlined in Exhibit A, Payment Schedule. Payment will be made within thirty (30) days of written certification of completion of the milestone by CONTRACTOR and approval by CITY. City shall either approve or disapprove all claims for payment within 5 days of submission of certification of completion. 41. SECURITY CHECK CONTRACTOR agrees that each of its employees, subcontractors, consultants and principals/owners involved in the project may, at the option and expense of CITY, be subject to a security check, at any time. CITY retains the option to immediately remove from the project any employee, subcontractor employee or other person it deems inappropriate for any reason whatsoever for placement in a public safety environment. 42. COMPLIANCE CONTRACTOR agrees to comply with all federal, state and local laws, ordinances, codes, rules and regulations in effect as of the Effective Date of this Contract that may in any way affect the work by CONTRACTOR. Any Hardware or Software furnished by 20 CONTRACTOR under this Contract shall comply in all material respects with federal, state and local laws and regulations applicable to the manufacture, packing, sale and shipment of such Hardware or Software as of the Effective Date of this Contract and shall comply with any amendments thereto which may have come into effect prior to the time such Hardware or Software are delivered provided that the price and, if necessary, delivery of such Hardware or Software shall be equitably adjusted to compensate CONTRACTOR for the effect of compliance with any such amendments. 43. ENTIRE AGREEMENT This Agreement, including all Exhibits and all specified documents elsewhere in this Agreement, represents the entire and integrated agreement between the parties hereto and supersedes all prior and contemporaneous negotiations, representations, understandings and agreements, whether written or oral, with respect to the subject matter hereof. This Agreement may be amended only by written instrument signed by the parties hereto. DURHAM COMMUNICATIONS, INC. CITY OF GILROY By: .)t/I/\/ /)(:';'K")flllrl By: Jay Baksa Title: jJ. Z' ...s Signature: 21 EXHIBIT "A" - PAYMENT SCHEDULE Notice to Proceed Receipt of Equipment Completion of Installation System Acceptance 15% 50% 20% 15% TOTAL 100% 22 EXHIBIT "B" - STATEMENT OF WORK The implementation of the Radio System Upgrade will be completed in four phases. (I)Replace existing combining equipment at the Police Building. Reprogram existing radios with new tone coded squelch codes to reduce or eliminate the B 52 noise problem. (2) Installation of Auxiliary receivers at the Mall and the Firing Range. Install microwave link between the PD and the Firing Range. (3) Install microwave between the Police Building and Tank D. (4) Installation of the 3 site quasi sync radio system. The following sequence will be completed: Phase I - Replace existing antenna combining with new antenna combining 1. Order new antenna combining equipment to replace what exists today. 2. Reprogram existing mobiles and portables with a new tone coded squelch frequency that Durham will select. 3. Ifthis does not fix the B 52 noise Durham will continue to search, at Durham's expense, in an effort to determine the cause of said noise. Per discussions with the Police Chief, Consultant, and Communications personnel Durham can not say with 100 percent certainty that the B52 noise will be eliminated. We do guarantee that if our solution does not fix the noise Durham will continue to search for the cause and solution on a best effort basis. Both parties (the City and Durham) accept that there is a possibility that the B52 interference may be an issue that cannot be resolved Phase II - Installation of auxiliary receivers I. Install voted receivers at the Mall and Firing Range to enhance City coverage at the Mall and in the South end of the City. Connectivity from the Mall receiver to the Police Building shall be by leased line. Install microwave between the Police Building and the Firing Range. Phase III - Installation of Microwave links 1. Install Microwave link between the Police building and Tank D to eliminate the expense and unreliability of leased phone lines. Phase IV - Installation of Tait Quasi- Sync System 1. Install Tait Quasi-Sync System at the Firing Range Police Building and Tank D. Tie this into existing dispatch console and microwave system. Final phase complete acceptance testing Completion of these tasks will be coordinated through the CITY for access to the building and timing of tasks. A forty five (45) day acceptance period will commence upon receipt of notice from CONTRACTOR to CITY that the SYSTEM has been installed, tested by CONTRACTOR, conforms to the requirements as described in this Agreement. 23 All efforts shall be concentrated toward implementing the SYSTEM with a minimum of disruption in service. Backup systems and contingency plans will be included and implemented as the need arises to maintain full SYSTEM functionality. Dispatchers and support personnel will be notified of any impending SYSTEM outage or disruption in service. Project management will be provided by CONTRACTOR. Mr. Wes Podboy of Durham Communications will be assigned as the project manager for this Agreement. He will be responsible for SYSTEM installation and acceptance. It is recommended that the CITY assign a single point of contact that can dedicate time to help coordinate work and resolve any conflicts. On site maintenance training will be provided to designated technical personnel. This training will include installation instructions, general troubleshooting techniques and SYSTEM reprogrammmg. City Responsibilities: 1. Assign a project manager / coordinator to work with Durham Communications Inc. as a single point of contact for the coordination of phases 1 thru 4 listed above. 2. Obtain frequency coordination, at the City's expense, as required to allow for the implementation of the quasi-sync system. Durham Communications Inc. will assist the City in this effort by providing technical information as required. 3. Pay for any permits required by the City for construction of sites or installation of equipment. 4. Provide the necessary improvements at the Firing Range as needed. This would include but not be limited to electrical service, equipment shelter, antenna support structure. 5. Obtain permission to install required Auxiliary Receiver equipment at the Mall from the appropriate parties. 6. Order the required telephone circuits to tie the Mall receivers to the voting equipment at the Police Building. Durham Communications Inc. will assist the City in this effort by providing technical information as required. Durham Responsibilities: 1. Provide a project manager to coordinate all issues pertaining to the implementation of phases 1 thru 4 listed above. 2. Preparation and submission of all FCC licensing forms and documents. 3. Provide technical assistance as required to assist the City in obtaining frequency coordination to implement the quasi-sync system. 4. Engineering design, procurement, installation, testing to support the implementation of the four phases listed above. 24 EXHIBIT "C" - LINE ITEM PRICING Phase I. Eliminate BS2 Interference Combining 2 channel VHF combiner, 154.830, 156.180 2 channel VHF combiner, 154.280, 156.090 3 channel VHF combiner, 154.340, 154.920, 155.890 Installation 1 1 1 6,535.00 6,135.00 9,945.00 6,535.00 6,135.00 9,945.00 5,000.00 Multicoupling 6 port receiver multicoupler, 154.268, 154.280, 154.340 154.920, 155.610 3 port receiver multicoupler, 154.830, 156.090, 156.180 1M panel for fire repeater if needed 14,890.00 14,890.00 10,385.00 850.00 10,385.00 850.00 Installation, 5000 Combining I Multicoupling Total 58,740.00 Mobile and portable reprogramming 9,250.00 Phase II. Auxiliary Receiver at the Mall and Firing Range Mall Receiver RECEIVER, VHF T835-20-0200 1,378.00 1 1,378.00 RECEIVER LINE CARD DHE-C-RLC 200.00 1 200.00 SLlMLlNE KIT T800-23-0000 454.55 1 454.55 19" ALUMINUM EQUIPMENT RACK 423.64 1 423.64 POWER SUPPLY RM2512 358.18 1 358.18 ANTENNA, OMNI 10 DB GAIN ASP 705K 941.27 1 941 .27 ANTENNA, OMNI SIDE BRACKET OB5007 197.00 1 197.00 LOF4 ANDLDF4-50A 2.13 150 319.50 LDF4, NM ANDL4PNM-RC 28.36 2 56.72 COLD SHRINK 'Y:z" TO ANTENNA AND241548-4 11.09 1 11.09 COAXIAL SURGE SUPRESSION IS-B50HN-CO 131.71 1 131.71 'Y:z" SNAP IN COAX MOUNT AND206706-1 31.71 5 158.55 MOTOROLA VOTER SELECTOR CARD 1 750.00 EQUIPMENT TOTAL 5,380.21 INST ALLA TION 2,000.00 INSTALLED TOTAL 7,380.21 25 Firing Range Receiver The receiver and antenna system for this site is included in the Quasi Sync pricing. The microwave linking for this site is shown below. Microwave Link from PD to Firing Range DESCRIPTION PART # UNIT QTY EXTEN PO END 1/2" COAX W' GROUND KIT AND204989-1 17.00 6 102.00 1/2" LDF4 ANDLDF4-50A 2.00 300 600.00 1/2" LDF4, NM ANDL4PNM-RC 25.00 4 100.00 WATER PROOFING COLD SHRINK W' TO N TYPE ANTENNA AND241548-4 10.00 2 20.00 SURGE SUPRESSION POL YPHASER, IF CABLE IS-099-0810PF 254.00 2 508.00 ANTENNAS 12" FLAT PANEL ARRAY 23.6 OBI NFEMALEANDFPA5250D12-N 623.00 1 623.00 10 WAVE ioWave T1- AC 3,116.00 3,116.00 ioWave 5.7Ghz - A1 5,920.00 5,920.00 MULTIPLEX EQUIPMENT T1 TERMINATION CONTROLLER, TSU 600 ADT1202076L2 2,616.00 1 2,616.00 DUAL 4 WIRE E&M MODULE ADT1200105L3 467.00 2 934.00 DUAL 4-WIRE E&M EXPANSION MODULE ADT1200106L3 467.00 2 934.00 FIRING RANGE END 1/2" COAX Y2" GROUND KIT 1 /2" LDF4 AND204989-1 ANDLDF4-50A 17.00 6 2.00 300 102.00 600.00 26 1/2" LDF4, NM ANDL4PNM-RC 25.00 4 100.00 WATER PROOFING COLD SHRINK 1'2" TO N TYPE ANTENNA AND241548-4 10.00 2 20.00 SURGE SUPRESSION POL YPHASER, IF CABLE IS-099-0810PF 254.00 2 508.00 ANTENNAS 12" FLAT PANEL ARRAY 23.6 DBI NFEMALEANDFPA5250D12-N 623.00 2 1,246.00 10 WAVE ioWave T1- AC 3,116.00 3,116.00 ioWave 5.7Ghz - A1 5,920.00 5,920.00 MULTIPLEX EQUIPMENT T1 TERMINATION CONTROLLER, TSU 600 ADT1202076L2 2,616.00 1 2,616.00 DROP / INSERT EXPANSION MODULE D&I ADT1200065L 1 857.00 4 3,428.00 EQUIPMENT TOTAL 33,129.00 Installation 6,000.00 SHOT TOTAL 39,129.00 Phase III. Microwave Link to Tank D DESCRIPTION PART # UNIT QTY EXTEN Range End 1/2" COAX W' GROUND KIT AND204989-1 17.00 6 102.00 1/2" LDF4 ANDLDF4-50A 2.00 300 600.00 1/2" LDF4, NM ANDL4PNM-RC 25.00 4 100.00 WATER PROOFING COLD SHRINK 1'2" TO N TYPE ANTENNA AND241548-4 10.00 2 20.00 SURGE SUPRESSION 27 POL YPHASER, IF CABLE IS-099-0810PF 254.00 2 508.00 ANTENNAS DISH, 2 FOOT, 29 DBI NFEMALE ANDP2F-52-N7 A 779.00 1 779.00 10 WAVE ioWave T1- AC 3,116.00 1 3,116.00 ioWave 5.7Ghz - A1 5,920.00 1 5,920.00 TANK D END 1/2" COAX ~" GROUND KIT AND204989-1 17.00 6 102.00 1/2" LDF4 ANDLDF4-50A 2.00 150 300.00 1/2" LDF4, NM ANDL4PNM-RC 25.00 4 100.00 WATER PROOFING COLD SHRINK W' TO N TYPE ANTENNA AN D241548-4 10.00 2 20.00 SURGE SUPRESSION POL YPHASER, IF CABLE IS-099-0810PF 254.00 2 508.00 ANTENNAS DISH, 2 FOOT, 29 DBI NFEMALE ANDP2F-52-N7 A 779.00 779.00 10 WAVE ioWave T1- AC 3,116.00 1 3,116.00 ioWave 5.7Ghz - A1 5,920.00 1 5,920.00 MULTIPLEX EQUIPMENT T1 TERMINATION CONTROLLER, TSU 600 ADT1202076L2 2,616.00 1 2,616.00 DUAL 4 WIRE E&M MODULE ADT1200105L3 467.00 2 934.00 DUAL 4-WIRE E&M EXPANSION MODULE ADT1200106L3 467.00 2 934.00 EQUIPMENT TOTAL 26,474.00 Installation 6,000.00 28 SHOT TOTAL 32,4 74.00 Phase IV. Quasi Sync Radio System 100 Watt UHF QS Channel RECEIVER T835-20-0200 1 EXCITER T837 -20-0200 1 POWER AMPLIFIER T839-20-0000 1 Power Supply T808-10-0000 1 Iso-Cav control panel 74524/CFC,4SNC-3 1 as RACK FRAME T800-24-0103 1 Key Tone Detector T A 1086 1 BUILD AND TEST LABOR CU-L800 1 SYSTEM CONFIGURATION CU-L800 1 ARM ASP Card T805-01 1 Total: 7,474.00 Monitor Receiver Receiver T8X5-XX-0000 1 Slim line Kit T800-23-0000 1 Coaxial Relay (TOHTSU) CX-230 1 Build and Test Labour CU-L800 1 Total: 1,882.00 Ancillary Equipment RECEIVER LINE CARD DHE-C-RLC 1 183.00 183.00 Rack Extender Dual D-Range T800-13-0000 1 127.00 127.00 Rack Extender Coaxial D-Range T800-14-0000 1 181.00 181.00 Total: 491.00 Antenna Equipment ANTENNA, OMNI10 DB GAIN ANTENNA, OMNI SIDE BRACKET LDF4 LDF4, NM COLD SHRINK W' TO ANTENNA COAXIAL SURGE SUPRESSION W' SNAP IN COAX MOUNT COLD SHRINK W' TO ANTENNA ASP 705K DB5007 ANDLDF4-50A ANDL4PNM-RC AND241548-4 IS-B50HN-CO AND206706-1 AND241548-4 1 1 150 2 1 1 5 1 862.83 180.58 1.95 26.00 10.17 120.73 29.07 10.17 862.83 180.58 292.50 52.00 10.17 120.73 145.35 10.17 29 COAXIAL SURGE SUPRESSION COAXIAL MOUNTING IS-B50HN-CO 120.73 250.00 120.73 250.00 2,045.00 Control Equipment by Channel Backplane T805-04-0000 1 6,698.00 6,698.00 TSGM Card T805-03 2 as Extender Card T805-05 1 Dual Slimline T807-10 PSU T808-10-70C2 1 1,410.00 1,410.00 Build and Test Labor CU-L800 1 2,500.00 2,500.00 Control Equipment Total 10,608.00 System Equipment System Controller Software 7,764.00 7,764.00 System PC 6,667.00 6,667.00 Total: 14,431.00 Spares Exciter, LOW POWER T836-26-0600 1 790.00 790.00 100W Power Amplifier, TPL T839-20-0000 1 923.00 923.00 Receiver T8X5-XX-0200 1 940.00 940.00 Power Supply T808-10-0000 1 704.00 704.00 AIM/ARM ASP Card T805-01 1 819.00 819.00 LEM ASP Card T805-02 1 819.00 819.00 Multi CTCSS Panel (Tait) TA2204-01 1 2,200.00 2,200.00 RECEIVER LINE CARD DHE-C-RLC 1 183.00 183.00 Spares Total: 7,378.00 Commissioning System Documentation (2 full sets) 1 7,333.00 7,333.00 Engineering Design 1 3,333.00 3,333.00 INSTALLATION AND COMMISSIONING 1 13,333.00 13,333.00 Travel and Accomodations 1 5,000.00 5,000.00 Commissioning Total: 28,999.00 QS Base Station Ancilliary Equipment 3 3 16,751.00 491.00 50,253.00 1,473.00 30 Monitor Receiver 1,938.00 1,938.00 Antenna System 2,045.06 2,045.00 Control Equipment 10,608.00 10,608.00 System Equipment 14,431.00 14,431.00 Spares 7,378.00 7,378.00 Equipment Total: Commissioning 28,999.00 28,999.00 Items not needed with microwave linking AIM/ARM ASP Card (spare) T805-01 -1 989.00 -989.00 AIM ASP Card T805-01 -3 1,709.00 -5,934.00 ARM ASP Card T805-01 -3 1,709.00 -5,934.00 System Total: 105,882.00 31 Exhibit "D" - Maintenance Contract Pricing The warranty period of all of the equipment quoted above is 1 year, parts and labor. Maintenance contract pricing for following years is as follows: Year 2, $20,230.00 Year 3, $21,040.00 Year 4, $21,880.00 Year 5, $22,756.00 All equipment provided in this contract is covered under the maintenance contract. Failure due to acts of nature or negligence are not covered and are billable at our standard time and materials rates in affect at the time of the failure. An act of nature or negligence is defined as but not expressly limited to the following; Lightening, Flooding, Water Damage, Excessive AC Line Voltage, Earthquake, Maintenance by Non-Authorized Personnel, etc. 32 Exhibit HE" - Pricing Summary Description Price B52 Noise, New Combining and Multicoupling 58,740.00 B52 Noise, Reprogram Mobile and Portable Radios 9,250.00 Install Voting Receiver at the Mall 7,380.00 Install Voting Receiver at the Firing Range with Microwave Link 39,129.00 Install Microwave from the Firing Range to Water Tank D 32,474.00 Install Quasi-Sync Radio System 105,882.00 Total 252,855.00 33 EXHIBIT "F" - CIRCUIT MERIT TEST Purpose The purpose ofthis test is to evaluate the field coverage of the new Quasi - Synchronous radio system installed by Durham Communications Inc. in Gilroy California. Method Test field units will make test calls at designated locations in the City. The quality of each test call shall be scored using a Circuit Merit Test method. Procedure The field unit shall establish it's location within a test grid. The field unit shall call dispatch using the mobile radio, identify it's self, and transmit the test message. Dispatch shall score the received message using the CMT method. Dispatch shall then transmit the test message. The field unit shall score the received message using the CMT method. The field unit shall then transmit the test message using a hand held radio. Dispatch shall score the received message using the CMT method. Dispatch shall then transmit the test message. The field unit shall score the received message using the CMT method. Analysis These tests will be used to verify the radio coverage provide by the Quasi - Sync radio system to the City of Gilroy. A test location with a CMT rating of 3 or higher shall be deemed to be acceptable and given a value of one. A test location with a CMT below 3 shall be deemed to have failed and given a value of zero. Test Criteria The average of all test points shall be 95% for acceptable mobile coverage. The average of all test points shall be 90% for acceptable hand held coverage. 34 Attachment A Sample Test Phases Field unit: "Test Unit X to dispatch, do you copy. Dispatch: "Test Unit X, identify your location and give the test count" Field Unit: "I am in grid ABC and the test count is 1,2,3,4,5. What is my score?" Dispatch: "Your score is (1 thru 5) and my test count is 1,2,3,4,5. What is my score?" Field Unit: "Your score is (1 thru 5), I am moving to the next test point." Attachment B Mean Opinion Score (MOS) MOS Rate Description 1 Bad Speech present but unreadable 2 Fair Speech understandable with considerable effort. Frequent repetition due to low volume/ noise/ distortion. 3 Clear Speech understandable with slight effort. Occasional repetition required due to low volume/ noise/ distortion. 4 Good Speech easily understood. Occasional low volume/ noise/ distortion. 5 Excellent Speech easily understood. No low volume/ noise/ distortion. 35 Attachment C Test Data Sheet Date: Time: Console Operator: Caller: Caller Location: Portable radio: Serial no. Condition: Mobile radio: Serial no. Condition: Grid Location Portable Tx Portable Rx Mobile Tx Score Mobile Rx Score Score Score 36 EXHIBIT "G" - SPECIFIC POINTS OF INTEREST The points are listed by name and approximate coordinates. # Description Latitude Lone:itude 1 Police Department 37-00-15 121-34-25 2 Bonfante Gardens 37-00-10 121-38-06 3 Eagle Ridge 36-59-54 121-36-32 4 Mesa Rd / Thomas Rd 36-58-58 121-34-24 5 Gavilan College 36-58-39 121-34-17 6 USI0l / Highway 25 36-57-43 121-33-04 7 Travel Park Circle / US 1 0 1 36-59-08 121-33-25 8 Firing Range 36-59-23 121-31-54 9 Outlets 37-01-23 121-33-51 10 Home Depot 37-01-39 121-34-00 11 Hospital 37-02-09 121-34-23 12 Burchell Rd / Bluebell 37 -01-12 121-37-58 13 Mantelli Rd / Iron Bark 37-01-33 121-37-10 14 Dovetail/Rancho Hills 37-01-59 121-36-52 15 Santa Teresa / Fitzgerald 37-03-13 121-36-20 37 EXHIBIT "H" - On Scene Channel(s) In the Police Radio System Survey one problem, which was identified, is Close Proximity Interference. An explanation of the cause of this problem was presented in the same document. In addition, the document stated that there was not a solution for this problem. And that is still the case as pertains to GPDl, the repeated channel. However, a solution does present itself operationally rather then technically. Many agencies use an "On Scene" frequency, which is a simplex channel and not repeated. Repeaters are used for wide area coverage, which cannot be provided by a simplex channel. Simplex channels are very well suited for coverage in a smaller area, especially when multiple units are in close proximity. The use of an On Scene channel will eliminate the Close Proximity Interference problem. Operationally, it will require units to change channels when multiple units respond to an event in a small geographic area. One problem with an On Scene channel is that often times, dispatch cannot communicate with units which have switched to the On Scene channel. That problem can be eliminated by providing the dispatch system with one or more base stations, programmed to the On Scene channel, located such that they can provide the needed coverage for dispatch. As part of this contract, some site radio equipment will be taken out of service. This will include, repeaters, coax and antennas. CONTRACTOR will survey the equipment removed from service to determine its suitability to provide for an On Scene channel. This equipment may be reinstalled at either the Tank D and / or the Range sites to provide the ability for Dispatch to communicate with units who have switched to the On Scene frequency. Additionally CONTRACTOR will add the On Scene channel to the field units programming while those units are reprogrammed as a part of the elimination of the B52 noise effort. The microwave, as provisioned, will support up to two more channels at both Tank D and the Firing Range. 38